6830--Dry Ice Delivery Service
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
This is a combined synopsis/solicitation for commercial item and delivery service prepared in accordance with the format in in subpart 12.6, as a supplemental with additional information included in this notice. This announcement constitutes only solicitation; proposals are being requested, and a written solicitation will not be issued. The solicitation number 36C25726Q0142 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06.
The NAICS Code for this request for quotes is 325120 (1,200 employees), Small Business Set-Aside is used for this solicitation.
Delivery:
Department of Veterans Affairs
Central Texas Health Care System
Olin E. Teague VA Medical Center
ATTN: Pathology & Laboratory Department
Building 163T, Room 1C36C
1901 Veterans Memorial Drive
Temple, TX 76504
Period of Performance to being for IDIQ:
Ordering Period 1: 02/01/2026-01/31/2027
Ordering Period 2: 02/01/2027-01/31/2028
Ordering Period 3: 02/01/2028-01/31/2029
Ordering Period 4: 02/01/2029-01/31/2030
Ordering Period 5: 02/01/2030-01/31/2031
The item and service being requested are as follows:
DESCRIPTION
QUANTITY
Dry Ice Pellets
8,700 lbs.
Delivery Fee
52 each
Emergency Delivery Fee
6 each
The item and service being requested is for Dry Ice Pellets and Delivery Service for the Central Texas VA Health Care System, 1901 Veterans Memorial Drive, Temple, TX 76504.
The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.
The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The evaluation criteria are technical acceptability and price. Under technical includes the ability to provide all the requested items in accordance with the Statement of Work, provide a letter of authorization to distribute (if not the manufacturer).
Offerors are to provide a completed copy of the provision at 52.212-1, Offeror Representations and Certifications-Commercial Items, with its offer.
The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. There are no addenda to this clause.
FAR 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023)
FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017)
FAR 52.204-13DEV, System for Award Management Maintenance (NOV 2025)
FAR 52.209-6DEV, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded (NOV 2025)
FAR 52.212-4DEV, Contract Terms and Conditions-Commercial Products and Commercial Services (OCT 2025)
FAR 52.212-6DEV, Notice of Total Small Business Set-Aside (NOV 2025)
FAR 52.219-28, Post Award Small Business Program Representation (JAN 2025)
FAR 52.222-36DEV, Equal Opportunity for Workers with Disabilities (NOV 2025)
FAR 52.222-50DEV, Combat Trafficking in Persons (NOV 2025)
FAR 52.223-5, Pollution Prevention and Right-to-Know Information (MAY 2024)
FAR 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024)
FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT 2018)
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)
FAR 52.233-3DEV, Protest After Award (NOV 2025)
FAR 52.233-4DEV, Applicable Law for Breach of Contract Claim (NOV 2025)
FAR 52.237-3, Continuity of Services (JAN 1991)
FAR 52.244-6DEV, Subcontractors for Commercial Products and Commercial Services (OCT 2025)
Additional Terms and Conditions:
FAR 52.216-18, Ordering (AUG 2020)
FAR 52.216-19 Order Limitations (OCT 1995)
FAR 52.216-22, Indefinite Quantity Deviation (DEVIATION NOV 2025)
FAR 52.217-8, Option to Extend Services (NOV 1999)
FAR 52.225-1, Buy American-Supplies (OCT 2022) (DEVIATION NOV 2025)
VAAR 852.203 70, Commercial Advertising (MAY 2018)
VAAR 852.232 72, Electronic Submission of Payment Requests (NOV 2018)
VAAR 852.242-71, Administrative Contracting Officer (OCT 2020)
Mandatory Written Disclosures
Additional Provisions:
FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statement-Representation (JAN 2017)
FAR 52.204-7, System for Award Management (OCT 2018)
FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (SEP 2023)
FAR 52.219-1, Small Business Program Representations (FEB 2024)
FAR 52.222-18, Certification Regarding Knowledge of Child Labor FOR Listed End Products (FEB 2021)
FAR 52.225-2, Buy American Certificate (OCT 2022)
FAR 52.229-11DEV, Tax on Certain Foreign Procurements-Notice and Representation (SEPT 2025)
FAR 52.252-5, Authorized Deviations in Provisions (NOV 2020)
FAR 52.252-6, Authorized Deviations in Clauses (NOV 2020)
VAAR 852.215-72, Notice of Intent to Re-Solicit (OCT 2019)
VAAR 852.273-70, Late Offers
See attached RFQ document for more information.
Late quotes or documentation may be accepted if advantageous to the Government. All comments or inquiries are to be submitted in writing via email to the Point of Contact, referenced in this notice on or before January 6, 2026, by 9:00 AM Central Standard Time.
Vendors interested in providing the required supply and service will need to submit all required documentation, detailed in the attached RFQ document, by email to Teresa Arzola at Teresa.Arzola@va.gov, no later than January 9, 2026, by 9:00 AM CST